22.12.2013 Views

Tender NO:2004/CRIS/ - Indian Railways

Tender NO:2004/CRIS/ - Indian Railways

Tender NO:2004/CRIS/ - Indian Railways

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

Centre for Railway Information Systems<br />

Chanakyapuri, New Delhi.<br />

Tel:24106717, 24104525, Fax No. 91-11-26877893<br />

.<br />

S.<br />

No.<br />

Sealed tenders are invited by Managing Director, Centre for<br />

Railway Information Systems, Chanakyapuri, New Delhi-110021 for<br />

supply of UPS.<br />

Description<br />

the job<br />

of<br />

<strong>Tender</strong> No.<br />

Due Date<br />

of<br />

Acceptane<br />

of <strong>Tender</strong><br />

upto 15.00<br />

hrs.<br />

2005/<strong>CRIS</strong>/11166 25-4-<br />

2005<br />

Date of<br />

opening of<br />

<strong>Tender</strong> at<br />

15.30 HRS.<br />

Earnest<br />

money<br />

Cost of<br />

<strong>Tender</strong><br />

Document<br />

1 Supply of 163<br />

25-4-2005 Rs.1Lakhs Rs. 2000/-<br />

Number 1KVA<br />

ONLINE UPS<br />

The tender forms, conditions of contract including specifications and other<br />

information can be had from this office during working hours on any working day upto the<br />

date of submission of tender above on payment of Non refundable cost of tender documents<br />

as mentioned above,. The cost of tender document should be remitted by Demand/Draft only<br />

in favour of <strong>CRIS</strong>. . <strong>Tender</strong> document can also be downloaded from <strong>CRIS</strong> Website www.<br />

<strong>Indian</strong>rail.gov.in However, at the time of submission of Bid, the requisite Non refundable<br />

cost of tender document must be submitted along with Bid, failing which tender will be<br />

rejected.<br />

Registrar/<strong>CRIS</strong>.


<strong>Tender</strong> <strong>NO</strong>:2005/<strong>CRIS</strong>/11166 Dated : 5-4-2005<br />

M/S.<br />

Sub: Procurement of UPS.<br />

Please arrange to quote your lowest rates for supply and installation<br />

of 163 Nos. 1KVA ONLINE UPS (Stand Alone) with following terms and<br />

conditions as per specification placed at Annexure I.<br />

Terms and Conditions:<br />

1. The scope of tender shall include Supply, Transportation to the Site,<br />

Installation, Commissioning and 03 year on-site Warranty Maintenance.<br />

2. Your rates should be for delivery at the locations / site as per list enclosed<br />

at Annexure-VI-A,B,C, Sales Tax extra, if any, are to be explicitly quoted<br />

failing which the same shall not be admissible at a later date .<br />

3. Sealed offer in two bids(i.e. Techno-commercial bid and financial bid<br />

separately) in two copies should be submitted to the Manager Purchase,<br />

Centre for Railway Information Systems, Chanakyapuri, New Delhi-<br />

110021 not later than 15.00 hrs. of 25-4-2005. The tender box will be<br />

kept at the Purchase Section and will be opened at 15.30 hrs of the same<br />

date in the <strong>CRIS</strong> office.<br />

4. The Techno-commercial bid shall have all details but with price column in<br />

the rate schedule blanked out. However a tick mark( ) shall be provided<br />

against each item of the rate schedule format to indicate that there is a<br />

quote against this item in the financial bid.<br />

5. The techno-commercial bid should be in a sealed envelope superscribed as<br />

“ <strong>Tender</strong> for the supply of UPS Techno commercial bid. The technocommercial<br />

bid shall also contain the required EMD, without which the<br />

bid shall be summarily rejected.<br />

6. This tender is non transferable.<br />

7. The offer should be valid for 180 days from the date of opening of<br />

quotation.


8. All the material shall initially be delivered to the Consignee as per<br />

Annexure-VI within 4-6 weeks from the date of issue of Purchase Order.<br />

(<strong>CRIS</strong> reserves the right to change the quantity, location, delivery schedule<br />

for the equipment). However the equipment shall be transported by the<br />

suppliers to the locations/ site vide Annexure-VI/A-C for installation<br />

commissioning as per the program conveyed by the respective Consignee.<br />

8.1 Delayed supplies beyond stipulated period in the purchase order are liable<br />

for liquidity damages @ 0.5 per week or part thereof restricted to 10% of<br />

the value of the contract at the discretion of <strong>CRIS</strong>.<br />

9. Price Fall<br />

A) The prices charged for the goods/services supplied<br />

under the contract by the vendor shall at no event<br />

exceed the lowest price at which the vendor sells the<br />

goods or offers to sell the goods of identical description<br />

to the any person/organization including the purchaser<br />

or any department of State/Central Government, as the<br />

case may be during the currency of the contract.<br />

B) If, at any time during the said period the vendor<br />

reduces the sale price, sells or offers to sell such goods<br />

to any person/organization including the purchaser or<br />

any department of State/Central Government as the case<br />

may be at a price lower than the price chargeable under<br />

the contract, the vendor shall forthwith notify such<br />

reduction or sale or offer to sell to the purchaser and the<br />

price payable under the order for supply of material<br />

after the date of coming into force of such reduction or<br />

sale or offer to sell shall stand correspondingly reduced.<br />

10. In the event of failure to supply, <strong>CRIS</strong> reserves the right to make purchase<br />

from the market at the risk and cost of vendor.<br />

11. The supply should be completed in all respects which should meet all the<br />

specifications and quantities.<br />

12. Payment Terms: 80% of the ordered equipment price shall be made to the<br />

firm after delivery of the complete equipment at sites on production of<br />

receipted challans for supply of the complete equipment required to be<br />

delivered at respective sites specified in Annexure-VI/A-C.


12.1 Payment for balance 20% of the value of ordered equipment, shall be made<br />

after Installation & Acceptance against submission of the following<br />

documents:<br />

i) Bank Gurantee for an equivalent amount valid for<br />

covering the warranty period from the date of final<br />

acceptance. No payment shall made unless submission of<br />

the Performance Bank Gurantee of 20%.<br />

ii) Final Acceptance Certificate issued by concerned officer<br />

i.e. CM/Telecom..<br />

13. Warranty: <strong>Tender</strong>er shall warranty for a period of 03 years from the date<br />

of acceptance of material. The performa for giving this warranty by the<br />

tenderer is also enclosed. (Annexure II)<br />

14. The Rate schedule should be completed as per rate schedule at Annexure<br />

IV Incomplete bid shall not be accepted.<br />

15. Qualification Criteria & Other Terms and Conditions:<br />

1. The bidder should be an original equipment manufacturer(OEM) or an<br />

authorised representative of the OEM. The bidder shall furnish the<br />

Authorization letter from the OEM specific to this tender clearly mentioning<br />

tender number for which authorization is being provided. The bidder should<br />

furnish documentary proof of backend support and availability of spares for a<br />

period of 05 years from the OEM of the product offered.<br />

2. The Annual Turnover of the bidder during the last financial year shall not be<br />

less than Rs. 06 Crores.<br />

3. The bidder should have executed works of similar nature requiring supply,<br />

installation, commissioning & warranty maintenance of UPS Systems over a<br />

geographically dispersed territory. The bidder should furnish documentary<br />

proof in the form of Purchase Order/Work Order copies and satisfactory<br />

performance certificate issued by the user. The Purchase Order/ Work Order<br />

or any other associated document must specify the total Bill of<br />

Material(BOM) with item-wise details and should clearly bring out the scope<br />

of work.<br />

4. The bidder shall furnish at least One Purchase Order as past experience<br />

credentials, for supply and installation of similar equipment of value Rs. 50<br />

Lakhs or above, the Purchase Order being placed in the preceding three<br />

financial years(i.e. current financial year and last three financial years) from<br />

the date of opening of this tender. Similar equipment above means UPS<br />

Systems and associated components.<br />

5. The bidder should furnish a valid ISO 9001 certificate issued to the<br />

manufacturing unit of the offered UPS Systems.


6. The bidder shall furnish a detailed site wise support plan mapping of its<br />

service and support centres with the sites as specified in Annexure VI/A-C of<br />

the tender, where the equipment is to be installed and maintained along with<br />

relevant details such as list of customer support offices, spare inventory etc. in<br />

order to provide 03 year on-site warranty maintenance. The list of customer<br />

support offices should include full details such as postal address, telephone<br />

nos. as well as contact nos. of resident engineer/representative etc.<br />

7. The bidder must specify Item wise compliance to Technical specification duly<br />

vetted by the OEM. The Model and Make of offered products should be<br />

clearly specified.<br />

8. The bill of Material of the offered equipment should be complete and duly<br />

vetted by the OEM.<br />

9. The bidder shall furnish Attested True copies of the documents in support of<br />

the item nos. 3,4,& 5 above.<br />

10. The net quoted value of all the equipment specified in the rate schedule shall<br />

be considered for evaluation of Financial Bids.<br />

11. Additional features/ enhancements offered by the bidder, over and above the<br />

ones asked for in the tender documents, shall not be considered for evaluation<br />

of bids<br />

12. The quantities specified in the tender are indicative, which may vary higher or<br />

lower. The exact quantities shall be conveyed at the time of placement of<br />

order.<br />

13. After the UPS systems have been manufactured, the Inspection and testing of<br />

the equipment shall be done by the authorized representative of <strong>CRIS</strong> at the<br />

vendors premises, to check whether the systems are in conformity with the<br />

technical specification specified in the tender documents. Manufacturer’s test<br />

certificate with Data sheets and Test certificates from Govt. test agencies shall<br />

be issued to this effect shall be furnished by the suppliers during the<br />

inspection. All test equipment, measuring devices etc. shall be arranged by<br />

the supplier for the inspection.<br />

14. After inspection of the UPS systems has been carried out, the supplier shall<br />

initially deliver the equipment to the respective Consignee’s nominated in the<br />

list vide Annexure VI. However the equipment shall be transported by the<br />

supplier to the locations/site vide Annexure VI/A-C, for Installation &<br />

Commissioning as per the program conveyed by the respective Consignee.<br />

<strong>CRIS</strong> reserves the right to change the quantity, location, delivery schedule for<br />

the equipment.


15. The bidder shall warranty for the proper design and workmanship of the<br />

equipment including tools and spares, and for proper design, quality and<br />

successful performance of the UPS Systems as covered by tender. The<br />

warranty shall be valid for a period of (36) months from the date of acceptance<br />

of the system at the final destination. The warranty should be comprehensive<br />

on site repair/replacement including battery.<br />

16. The warranty maintenance shall be provided at the site within 24 hours<br />

of(Sunday and National Holiday not included) lodging the complaint at the<br />

nearest customer support office. In case of failure to attend any call within<br />

stipulated time shall call for penalty @ Rs. 100/- per day subject to a<br />

maximum of 10% of the cost of unit.<br />

17. The supplier shall provide 02 day training for about 05 to 10 persons related to<br />

Operations & maintenance of the UPS equipment supplied , at each of the<br />

Zonal Rly. HQ. Offices as per the list given in Annexure VI of the tender<br />

document.<br />

18. Documentation:<br />

Set of manuals and support document with each UPS System shall be<br />

made available. All the accessories must be accompanied by original<br />

documentation given by the manufacturer.<br />

19. Bid Document: The techno commercial bid shall include the following<br />

documents:-<br />

i) Earnest money(refundable) in the form of DD or Bank guarantee of<br />

Rs. 1 Lakhs/- (valid for 180 days) in favour of <strong>CRIS</strong>, New Delhi.<br />

ii) <strong>Tender</strong>s unaccompanied with earnest money will be summarily<br />

rejected.<br />

iii) <strong>Tender</strong>s unaccompanied with Rate Schedule in a form other than<br />

prescribed proforma in Annexure -IV will be rejected.<br />

20. Opening Date: Sealed quotations shall be received in the office of <strong>CRIS</strong> on<br />

25-4-2005 at 15.00 hrs. and shall be opened at 15.30 hrs. on the same date. It<br />

should clearly be superscribed on the cover, the tender number, date, name of<br />

item & consignee.<br />

Encl: Specification at Annexure I<br />

Warranty at Annexure<br />

II<br />

Bio Particular<br />

III<br />

Rate Schedule Annexure<br />

IV<br />

Bank Guarantee<br />

V<br />

List of Locations<br />

VI<br />

(Rakesh Sehgal)<br />

Manager/Purchase


Technical Specifications of 1 KVA Online UPS ( Stand Alone Type) - FOIS<br />

S.no Item Specifications<br />

1 Power Rating 1 KVA.<br />

2 Input<br />

a) Voltage 165 Volts to 275 Volts on full load<br />

b) Frequency 50 Hz +/- 5 %<br />

3 Output<br />

a) Voltage 230 +/- 2 % volts AC single phase<br />

b) Frequency 50 Hz +/- 0.5%<br />

c) Wave form Pure sine wave<br />

d) Harmonic Distortion<br />

With linear loads<br />

3 % (Maximum)<br />

With Non-linear loads<br />

5 % (Maximum)<br />

g) Crest Factor 3 : 1<br />

h) Overload Capacity 110% for 60 secs.<br />

4 Power Factor<br />

a) Input > 0.95<br />

a) Output 0.7 ( Minimum)<br />

5 Technology<br />

Double conversion high frequency PWM with IGBT<br />

Built in battery charger<br />

6 Transfer Time<br />

a) On-line Zero (line fails or recovers)<br />

b) UPS fault < 4 ms (by-pass activation or recovers)<br />

voltage, Overload & Short circuit, Over temperature, Batter<br />

7 Overall Efficiency (AC to AC) > 85 %<br />

8 Protection & Filtering<br />

Input AC Over / under voltage & short circuit, Output over<br />

over charge, battery low & short circuit, Spikes and surges<br />

EMI/RFI filters<br />

properly enclosed cabinet, similar to the UPS unit in colour<br />

9 Protection Alarm Over voltage, Battery low, Over Load, Short circuit<br />

10 Visual Indications Line in ( load on line ), Load on inverter, Load on Bypass<br />

Baterry charge / discharge level, Load level, Over load<br />

11<br />

SNMP Ready<br />

SNMP (with RJ45 port) based Monitoring and Managemen<br />

using SNMP based Network Management Systems.<br />

12 Battery<br />

a) Type Sealed maintenance free<br />

b) Make Panasonic / Exide / CSB / Global Yuasa / Hitachi only<br />

c) Total capacity of batteries 800 VAH (Minimum)<br />

d) Total Backup time Sufficient to last for minimum half an hour on full rated load<br />

e) Shelf life of batteries (Time duration<br />

which the batteries can sustain without<br />

charging)<br />

3 months ( Minimum)<br />

f) External battery bank, if any In case of additional / external battery bank, it should be a<br />

finish, material etc.)


Generator Compatibility<br />

13<br />

The UPS shall be generator (portable/non-portable)<br />

compatible<br />

14 Environment<br />

a) Operating Temperature 0 to 40° C<br />

b) Relative humidity upto 90% non-condensing<br />

15 Certifications a) The manufacturer of the equipment must have ISO<br />

certification<br />

b) Test certificate from any one of the reputed<br />

Govt.agencies viz. ETDC, ERTL, SAMEER for the UPS<br />

model quoted.<br />

16 Standards a) EMI / EMC : EN 50091-2<br />

b) Safety : EN 50091-1


Annexure II<br />

WARRANTY<br />

We warrant that the Hardware/Software to be supplied by us hereunder shall<br />

be brand new , free from all encumbrances, defects and faults in material,<br />

workmanship and manufacture and shall be of the highest grade and quality and<br />

consistent with the established and generally accepted standards for material of the<br />

type ordered, shall be in full conformity with the specifications, drawings or samples,<br />

if any, and shall operate properly. This warranty shall survive inspection of and<br />

payment for, and acceptance of the goods, but shall expire 03 years after their<br />

successful installation and acceptance by the purchaser.<br />

We also warrant that the function contained in the system programmes will<br />

meet the manufacturers specification together with any clarifications given by us and<br />

also will operate in the combinations which may be selected for use by the customer<br />

and that the operation of these programmes will be uninterrupted and error free and all<br />

program defects, if any , will be corrected by us.<br />

The obligations under the Warranty expressed above shall include all costs<br />

relating to labor, spares, maintenance(preventive and unscheduled), and transport<br />

charges from site to manufacturers works and back and for repair/adjustment or<br />

replacement at site of any part of the equipment which under normal care and proper<br />

use and maintenance proves defective in design, material on workmanship or fails to<br />

operate effectively and affectively or conform to the specifications and for which<br />

notice is promptly given by the purchaser to the supplier.<br />

------------------------------ ---------------------------<br />

----<br />

Signature of the Witness<br />

Signature of<br />

the <strong>Tender</strong>er<br />

Date ----------------


ANNEXURE-III<br />

B I O P A R T I C U L A R S<br />

1. Name and address of the Bidder<br />

2. Name of Equipment Manufacturer<br />

3. Address of the Equipment Manufacturer<br />

4. The Annual Turnover of the bidder<br />

During the last financial year<br />

shall not be less than Rs. 06 Crores.<br />

5. Name and address of the officer<br />

6. to whom all references shall be made<br />

regarding this tender enquiry.<br />

Telephone<br />

7. Collaboration, if any,<br />

8. Any other point tenderer may like to specify.<br />

Signature<br />

Name<br />

Designation<br />

Company<br />

------- ----------------------<br />

Date<br />

Date


ANNEXURE-IV<br />

RATE SCHEDULE<br />

-----------------------------------------------------------------------<br />

--<br />

Item Name of Item Model Unit Qty. Unit Taxes Total<br />

Remarks<br />

No. Cost if any Cost<br />

(Rs.)<br />

(Rs.)<br />

-----------------------------------------------------------------------<br />

--<br />

(1) (2) (3) (4) (5) (6) (7) (8)<br />

(9)<br />

1. 1KVA online UPS 163 Nos.<br />

(Stand Alone)<br />

Note :<br />

Rates have to be separately quoted against each item, failing to fulfil this the<br />

tender will be summarily rejected. Taxes extra if any are to be explicitly quoted<br />

failing which the same will not be admissible at a later date.<br />

Signature of<br />

<strong>Tender</strong>er<br />

Dated:


ANNEXURE-V<br />

Bank Guarantee<br />

REF :................. Date :..................<br />

To,<br />

Dear Sir,<br />

The Managing Director,<br />

Centre for Railway Information Systems,<br />

Delhi Safdarjung Railway Station,<br />

Chanakyapuri,<br />

New Delhi - 110 021<br />

INDIA<br />

Bank Guarantee No.......<br />

1. Against <strong>Tender</strong> No.. ................<br />

.................... dated ................. covering<br />

supply of .............. for FOIS /PRS.<br />

project (hereinafter called the said<br />

'contractor') this is to certify that at the request of the<br />

Contractor we ............... Bank Ltd., are holding in<br />

trust in favour of <strong>CRIS</strong>, the amount of<br />

.......................(write the sum here in words)<br />

hereinafter called the said amount to indemnify and keep<br />

indemnified <strong>CRIS</strong> against any loss or damage that may be<br />

caused to or suffered by or resulting to <strong>CRIS</strong> or to <strong>Indian</strong><br />

<strong>Railways</strong> by reason of any breach by the contractor of any of<br />

the terms and conditions of the said decision of <strong>CRIS</strong>,<br />

whether any breach of any of the terms and conditions of the<br />

said contract and/or in the performance thereof has been<br />

committed by the Manufacturer or Contractor and the amount<br />

of loss or damage that has been caused or suffered by <strong>CRIS</strong><br />

or <strong>Indian</strong> <strong>Railways</strong> shall be final and binding on us and the<br />

amount of the said loss or damage shall be paid by us<br />

forthwith on demand and without demur to the <strong>CRIS</strong>.<br />

2. We, .................... Bank Ltd. further agrees that the<br />

guarantee herein contained shall remain in full force and<br />

effect for a period upto ____ months from the date of this<br />

guarantee hereinafter called (date) and that if any claim<br />

accrues or arises against us ................ Bank Ltd., by<br />

virtue of this guarantee before the said date, the same<br />

shall be enforceable against us ............... Bank Ltd.<br />

Notwithstanding the fact that the same is enforced within<br />

six months after the said date, provided that notice of any<br />

such claim has been given to us ............. Bank Ltd. by<br />

<strong>CRIS</strong> before the said date. Payment under this letter of<br />

guarantee shall be made promptly upon our receipt of notice .


3. It is fully understood that this guarantee is effective from<br />

the date of the said contract and that we ................<br />

Bank Ltd. undertake not to revoke this guarantee during its<br />

currency without the consent in writing of <strong>CRIS</strong>.<br />

4. We undertake to pay to <strong>CRIS</strong> the said amount so demanded<br />

notwithstanding any dispute or disputes raised by the<br />

contractor in any suit or proceedings pending before any<br />

court or Tribunal relating thereto our liability under this<br />

present bond being absolute and unequivocal.<br />

The payment so made by us under this bond shall be a valid<br />

discharge of our liability for payment thereunder and the<br />

contractor shall have no claim against us for making such<br />

payment.<br />

5. We ................. Bank Ltd. further agree that <strong>CRIS</strong> shall<br />

have the further liberty, without affecting in any manner<br />

our obligations hereunder to vary any of the terms and<br />

conditions of the said contract or to extend time of<br />

performance by the contractor from time to time or to<br />

postpone for any time or from time to time any of the powers<br />

exerciseable by <strong>CRIS</strong> against the said contract and we<br />

.................. Bank Ltd. shall not be released from our<br />

liability under this guarantee by reason of any such<br />

variation or extension being granted to the said contractor<br />

or for any forbearance and/or omission on the part of <strong>CRIS</strong><br />

or to the said contractor or by any other matter or thing<br />

whatsoever which under the law relating to sureties would<br />

but for this provision have the affect of so releasing us<br />

from our liability under this guarantee.<br />

6. This guarantee will not be discharged due to the change in<br />

the constitution of the Bank or Contractor.<br />

Date ........................<br />

Place ....................... Signature ..................<br />

Witness ..................... Printed Name ...............<br />

.............................<br />

(Designation)<br />

-----------------------------<br />

Bank's common seal


Zone wise distribution of 163 nos. 1 KVA Online UPS<br />

S.no Railway HQ.<br />

Consignee<br />

UPS<br />

(Nos.)<br />

1 CR ( Mumbai ) Dy CNM / CR / Mumbai 5<br />

2 ER ( Kolkata ) Dy CNM / ER / Kolkata 47<br />

3 NR ( New Delhi ) Dy CNM / NR / New Delhi 8<br />

4 NFR ( Maligaon ) Dy CNM / NFR / Maligaon 9<br />

5 SER ( Kolkata ) Dy CNM / SER / Kolkata 28<br />

6 ECOR ( Bhuvaneshwar) Dy CSTE / Tele/Hq./Bhuvaneshwar 28<br />

7 SECR ( Bilaspur ) Dy CSTE / Tele/Hq./Bilaspur 37<br />

8 WR ( Mumbai ) Dy CNM / WR / Mumbai 1<br />

Total 163


List of locations where UPS is to be supplied & Installed<br />

SN CONSIGNEE RLY DIV NAME<br />

1 Dy. CNM/ER 1 ER Asansol Ukhra<br />

2 Dy. CNM/ER 2 ER Asansol Pandabeswar 2nd<br />

3 Dy. CNM/ER 3 ER Asansol Pure Jambad<br />

4 Dy. CNM/ER 4 ER Asansol Kotadih sdg<br />

5 Dy. CNM/ER 5 ER Howrah Pakur<br />

6 Dy. CNM/ER 6 ECR Danapur Simaria Pvt sdg<br />

7 Dy. CNM/ER 7 ECR Danapur Simarai Rly Pvt sdg<br />

8 Dy. CNM/ER 8 ECR Dhanbad Singrauli<br />

9 Dy. CNM/ER 9 ECR Dhanbad Kanoria pvt sdg, Renukoot<br />

10 Dy. CNM/ER 10 ECR Dhanbad Bina colliery<br />

11 Dy. CNM/ER 11 ECR Dhanbad Dudhichua<br />

12 Dy. CNM/ER 12 ECR Dhanbad Meralgram<br />

13 Dy. CNM/ER 13 ECR Dhanbad Rajhura<br />

14 Dy. CNM/ER 14 ECR Dhanbad Richughuta<br />

15 Dy. CNM/ER 15 ECR Dhanbad Tori<br />

16 Dy. CNM/ER 16 ECR Dhanbad Ray<br />

17 Dy. CNM/ER 17 ECR Dhanbad Bhurkunda<br />

18 Dy. CNM/ER 18 ECR Dhanbad Saru Bera, Chainpur<br />

19 Dy. CNM/ER 19 ECR Dhanbad North Ramgarh, Chainpur<br />

20 Dy. CNM/ER 20 ECR Dhanbad Bhandaridih<br />

21 Dy. CNM/ER 21 ECR Dhanbad Kusunda<br />

22 Dy. CNM/ER 22 ECR Dhanbad West Sirka sdg<br />

23 Dy. CNM/ER 23 ECR Dhanbad Dugdha coal<br />

24 Dy. CNM/ER 24 ECR Dhanbad Gidi A sdg<br />

25 Dy. CNM/ER 25 ECR Dhanbad Sindhri AC sdg<br />

26 Dy. CNM/ER 26 ECR Dhanbad West Bokaro<br />

27 Dy. CNM/ER 27 ECR Dhanbad Sayal sdg<br />

28 Dy. CNM/ER 28 ECR Dhanbad Jharngdih coll<br />

29 Dy. CNM/ER 29 ECR Dhanbad Dhansar BCCL<br />

30 Dy. CNM/ER 30 ECR Dhanbad HINDALCO Renukoot<br />

31 Dy. CNM/ER 31 ECR Dhanbad Obra TPH<br />

32 Dy. CNM/ER 32 ECR Dhanbad Anapara TPH Krishnashila<br />

33 Dy. CNM/ER 33 ECR Dhanbad Bokaro Thermal<br />

34 Dy. CNM/ER 34 ECR Dhanbad Rajraj TPS Patratu<br />

35 Dy. CNM/ER 35 ECR Dhanbad Chandrapura TPS?g/s<br />

36 Dy. CNM/ER 36 ECR Dhanbad KTH Kathara wash<br />

37 Dy. CNM/ER 37 ECR Dhanbad SWG Swang wash<br />

38 Dy. CNM/ER 38 ECR Dhanbad KGW Karegali wash<br />

39 Dy. CNM/ER 39 ECR SEE Barauni<br />

Annexure<br />

VI/A


40 Dy. CNM/SER 1 SER Adra Sudamdih<br />

41 Dy. CNM/SER 2 SER Adra Mahuda<br />

42 Dy. CNM/SER 3 SER Adra Kanudih<br />

43 Dy. CNM/SER 4 SER Adra Bhojdih<br />

44 Dy. CNM/SER 5 SER Adra Radhanagar<br />

45 Dy. CNM/SER 6 SER Adra Ramkanali Jn.<br />

46 Dy. CNM/SER 7 SER Adra Burnpur<br />

47 Dy. CNM/SER 8 SER Adra Santaldih<br />

48 Dy. CNM/SER 9 SER Adra SPG Siding, Bokaro<br />

49 Dy. CNM/SER 10 SER Adra Bhaga<br />

50 Dy. CNM/SER 11 SER Adra Purulia<br />

51 Dy. CNM/SER 12 SER RNC Baridpone Goods Office<br />

52 Dy. CNM/SER 13 SER RNC Lohardaga<br />

53 Dy. CNM/SER 14 SER CKP Ropeway Siding<br />

54 Dy. CNM/SER 15 SER CKP FMP Siding<br />

55 Dy. CNM/SER 16 SER CKP JODA Siding<br />

56 Dy. CNM/SER 17 SER CKP WB Siding<br />

57 Dy. CNM/SER 18 SER CKP TWS<br />

58 Dy. CNM/SER 19 SER CKP JNK<br />

59 Dy. CNM/SER 20 SER CKP OCL Siding<br />

60 Dy. CNM/SER 21 SER CKP DTV<br />

61 Dy. CNM/SER 22 SER CKP Jojobera Tata Pvt.Ltd.<br />

62 Dy. CNM/SER 23 SER CKP TK Siding<br />

63 Dy. CNM/SER 24 SER CKP ROU<br />

64 Dy. CNM/SER 25 SER KGP Durgachak<br />

65 Dy. CNM/SER 26 SER KGP Haldia Dock<br />

66 Dy. CNM/SER 27 SER KGP SGTY<br />

67 Dy. CNM/SER 28 SER KGP HLZ CPT Comp<br />

68 Dy. CNM/ECoR 1 ECOR Waltair Main Bldg, Vizag Port<br />

69 Dy. CNM/ECoR 2 ECOR Waltair Cor. Fert, Vizag Port<br />

70 Dy. CNM/ECoR 3 ECOR Waltair IOC Sdg, Vizag Port<br />

71 Dy. CNM/ECoR 4 ECOR Waltair NALCO Sdg, Vizag Port<br />

72 Dy. CNM/ECoR 5 ECOR Waltair HPCL Sdg, Vizag Port<br />

73 Dy. CNM/ECoR 6 ECOR Waltair G/S Vishakhapatnam<br />

74 Dy. CNM/ECoR 7 ECOR Waltair Damanjori<br />

75 Dy. CNM/ECoR 8 ECOR Waltair Bacheli<br />

76 Dy. CNM/ECoR 9 ECOR Waltair Straw Sdg, Singapur Rd<br />

77 Dy. CNM/ECoR 10 ECOR Waltair Duvada<br />

78 Dy. CNM/ECoR 11 ECOR Waltair SCMN<br />

79 Dy. CNM/ECoR 12 ECOR Waltair Jeypore<br />

80 Dy. CNM/ECoR 13 ECOR Waltair Jagdalpur<br />

81 Dy. CNM/ECoR 14 ECOR Khurda paradeep phasphate ltd paradeep<br />

82 Dy. CNM/ECoR 15 ECOR Khurda Dhanmandal<br />

83 Dy. CNM/ECoR 16 ECOR Khurda Sukinda road


84 Dy. CNM/ECoR 17 ECOR Khurda Jajpur keonjhar road<br />

85 Dy. CNM/ECoR 18 ECOR Khurda Charbatia<br />

86 Dy. CNM/ECoR 19 ECOR Khurda Dhinkanal<br />

87 Dy. CNM/ECoR 20 ECOR Khurda Burhapanka<br />

88 Dy. CNM/ECoR 21 ECOR Sambalpur Bargarh road<br />

89 Dy. CNM/ECoR 22 ECOR Sambalpur Kesinga<br />

90 Dy. CNM/ECoR 23 ECOR Sambalpur Balamgir<br />

91 Dy. CNM/SECR 1 SECR Bilaspur Bishrampur<br />

92 Dy. CNM/SECR 2 SECR Bilaspur Kumda Siding, Karonji<br />

93 Dy. CNM/SECR 3 SECR Bilaspur Bhatgaon Siding, Karonji<br />

94 Dy. CNM/SECR 4 SECR Bilaspur Katkona Siding, Katora<br />

95 Dy. CNM/SECR 5 SECR Bilaspur Curcha coal siding baikunthpor<br />

96 Dy. CNM/SECR 6 SECR Bilaspur CHIRIMIRI<br />

97 Dy. CNM/SECR 7 SECR Bilaspur Bijuri (Rajnagar coal sdg.)<br />

98 Dy. CNM/SECR 8 SECR Bilaspur Korba new kusumda sdg. CPH<br />

99 Dy. CNM/SECR 9 SECR Bilaspur Jamuna ocm Siding, Harada<br />

100 Dy. CNM/SECR 10 SECR Bilaspur Amlai<br />

101 Dy. CNM/SECR 11 SECR Bilaspur Burhar coal sdg.<br />

102 Dy. CNM/SECR 12 SECR Bilaspur Old Kusmunda, Gevra<br />

103 Dy. CNM/SECR 13 SECR Bilaspur Junadih, Gevra<br />

104 Dy. CNM/SECR 14 SECR Bilaspur Sura Kachar, Gevra<br />

105 Dy. CNM/SECR 15 SECR Bilaspur Orient colery sdg.<br />

106 Dy. CNM/SECR 16 SECR Bilaspur Kirodimalnagar JSPS sdg.<br />

107 Dy. CNM/SECR 17 SECR Bilaspur Akaltara<br />

108 Dy. CNM/SECR 18 SECR Bilaspur Barduar<br />

109 Dy. CNM/SECR 19 SECR Bilaspur Kharsia<br />

110 Dy. CNM/SECR 20 SECR Bilaspur Nauradabad<br />

111 Dy. CNM/SECR 21 SECR Bilaspur Duman Hill, Darittola<br />

112 Dy. CNM/SECR 22 SECR Bilaspur Korea Sdg, Darittola<br />

113 Dy. CNM/SECR 23 SECR Bilaspur Pendra Road<br />

114 Dy. CNM/SECR 24 SECR Bilaspur Mudaria SGPT sdg.<br />

115 Dy. CNM/SECR 25 SECR Raipur Bhilai s plant<br />

116 Dy. CNM/SECR 26 SECR Raipur L&T, Hathband<br />

117 Dy. CNM/SECR 27 SECR Raipur Grasim, Hathband<br />

118 Dy. CNM/SECR 28 SECR Raipur ACEL, Bhatapara<br />

119 Dy. CNM/SECR 29 SECR Raipur NACAST, Mandhar<br />

120 Dy. CNM/SECR 30 SECR Nagpur Khaprikheda<br />

121 Dy. CNM/SECR 31 SECR Nagpur Koradih TPH<br />

122 Dy. CNM/SECR 32 SECR Nagpur Sunflag Sdg, Bhandara<br />

Note:-<br />

1. Remaining UPS of ER ,ECoR & SECR to be delivered at Zonal Hd. Qr.<br />

2. Before actually transporting the UPS to the locations, vender should take<br />

confirmation from Dy. CNM of the respective zone

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!